Back to tenders & grants page
Ireland-Dublin: Installation of road lighting equipment
Receive Tenders like this by email

Ireland-Dublin: Installation of road lighting equipment

Ireland-Dublin: Installation of road lighting equipment has been closed on 03 Apr 2019. It no longer accepts any bids. For further information, you can contact the Dublin City Council (N/A)

Bellow, you can find more information about this project: 

Location: Ireland

General information

Donor:

Dublin City Council (N/A)

Industry:

Information Technology

Manufacturing

Finance & Insurance

Construction & Engineering

Telecommunication

Machinery & Equipment

Electronics & Electrical

Textile

Consumer Goods & Services

Status:

Closed

Timeline

Published:

02 Apr 2019

Deadline:

03 Apr 2019

Value:

Not available

Contacts

Name:

Mr Daniel Green

Description

Contract notice

Services

Legal Basis:

Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Institute for Apprenticeships
Level 1, 151 Buckingham Palace Road
London
SW1W 9SZ
United Kingdom
Contact person: Mr Daniel Green
E-mail: [email protected]
NUTS code: UK

Internet address(es):

Main address: https://www.instituteforapprenticeships.org/

Address of the buyer profile: https://www.instituteforapprenticeships.org/

I.2)Information about joint procurement
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: www.procontract.due-north.com
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: www.procontract.due-north.com
I.4)Type of the contracting authority
Body governed by public law
I.5)Main activity
Education

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Quality Assurance — Evaluation of Apprenticeship Assessment (External Quality Assurance “EQA”)

Reference number: DN383244
II.1.2)Main CPV code
80000000
II.1.3)Type of contract
Services
II.1.4)Short description:

Quality assurance — evaluation of apprenticeship assessment (External Quality Assurance “EQA”).

This tender relates to the Institute for Apprenticeships (IfA)/Institute for Apprenticeships and Technical Education (IfATE) making arrangements for evaluation of apprenticeship assessment (EQA) where the employer group has nominated the Institute for Apprenticeships to make arrangements for the evaluation of apprenticeship assessment for that Standard, or by default where it has failed to nominate an approved alternative such as Ofqual, a professional body or employer group.

The Institute is seeking one or more organisations to deliver an EQA service for any apprenticeship Standard where the Institute is the named EQA provider. The service must ensure that the integrity of end-point assessment is maintained over time and continues to meet employers’ needs, including that there is consistency of assessment delivery, process and outcomes across each EPAO and each Standard.

II.1.5)Estimated total value
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.1)Title:
II.2.2)Additional CPV code(s)
80400000
80300000
II.2.3)Place of performance
NUTS code: UK
II.2.4)Description of the procurement:

The Institute for Apprenticeships (IfA)/Institute for Apprenticeships and Technical Education (IfATE) is seeking 1 or more organisations to deliver an EQA service for any apprenticeship Standard where the Institute is the named EQA provider. The service must ensure that the integrity of end-point assessment is maintained over time and continues to meet employers’ needs, including that there is consistency of assessment delivery, process and outcomes across each EPAO and each Standard.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: yes
Description of renewals:

Extensions of up to a maximum of 12 months.

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.1)Information about a particular profession
III.2.2)Contract performance conditions:
III.2.3)Information about staff responsible for the performance of the contract

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: no
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
Notice number in the OJ S: 2018/S 244-558443
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 26/02/2019
Local time: 15:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
Date: 26/02/2019
Local time: 15:00

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
VI.2)Information about electronic workflows
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
The Institute for Apprenticeships
Level 1, 151 Buckingham Palace Road
London
SW1W 9SZ
United Kingdom
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:
31/01/2019

Get free access to our Tenders & Grants Database

Our service is free of charge and will always be

Join Now

Donors

Find out more